south african forestry company soc ltd - national … - klf... · south african forestry company...
TRANSCRIPT
South African Forestry Company SOC Ltd 1992/005427/30
HEAD OFFICE
PO Box 1771
Silverton
0127
Tel: +27 12 436 6300
Page 1 of 73
REQUEST FOR BID (RFB 013-2017)
INBOUND LOG TRANSPORT CONTRACTORS – Komatiland Forests
YOU ARE HEREBY INVITED TO SUBMIT TENDERS FOR THE REQUIREMENTS OF KOMATILAND (PTY) LTD
TENDER NUMBER: RFB 013-2017
CLOSING DATE:
TIME:
5 June 2017
12:00 noon
BRIEFING SESSION: Date -19 May 2017 Time– 10h00 – 11h00 Technical Services Swartfontein White River 1240
TENDER VALIDITY PERIOD:
120 DAYS (commencing from the RFB Closing Date)
IMPORTANT: A non-refundable fee of R1 000.00 is payable to SAFCOL/Komatiland Forests (Pty) Ltd by means of an EFT or cash deposit into the SAFCOL/ Komatiland Forest bank account. Must be paid before the collection of the RFB document. No cash payment will be accepted. All bid documents must be accompanied by an original tax clearance certificate and an original or originally certified valid B-BBEE certificate/originally certified affidavit (where applicable).
DESCRIPTION: INBOUND LOG TRANSPORT CONTRACTORS
South African Forestry Company SOC Ltd 1992/005427/30
HEAD OFFICE
PO Box 1771
Silverton
0127
Tel: +27 12 436 6300
Page 2 of 73
DEPOSITED IN THE TENDER BOX SITUATED AT AND ADDRESSED:
SAFCOL Head Office Podium at Menlyn 43 Ingersol Road Lynnwood Glen Pretoria 0081
(Tender box situated on the first floor reception)
Tender Documentation: Inbound log Transport – RFB013-2017
Confidential Information Disclosure Notice and Introduction
Page 3 of 73
Applicants should ensure that bids are delivered on time to the correct address. If the tender is late,
it shall not be accepted for consideration.
ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS – (NOT TO BE RE-TYPED)
THIS BID IS SUBJECT TO THE CONDITIONS OF THE TENDER (THIS DOCUMENT) AND THE NEW
CONTRACT TO BE CONCLUDED.
THE FOLLOWING PARTICULARS MUST BE FURNISHED (FAILURE TO DO SO MAY RESULT IN YOUR TENDER BEING DISQUALIFIED)
Indicate the type of Tendering structure by marking with an ‘X’:
Individual applicant Joint venture
Consortium Subcontractors
Other
If individual applicant, indicate the following:
Name of applicant
If Joint Venture or Consortium, indicate the following:
Name of prime contractor
If Joint Venture or Consortium, indicate the following:
Name of partners
If using other contractors:
Name of other contractors
Name
Registration number
VAT registration number
Contact person
Telephone number
Fax number
E-mail address
Postal address
Physical address (domicilium citandi et executandi)
Tender Documentation: Inbound log Transport – RFB013-2017
Confidential Information Disclosure Notice and Introduction
Page 4 of 73
Table of Contents
1 Confidential Information Disclosure Notice .................................................. 5
2 Introduction .................................................................................................. 5
3 Definitions ..................................................................................................... 7
4 Acronyms and Abbreviations ......................................................................... 9
5 General Rules and Instructions ................................................................... 10
6 Response Format ........................................................................................ 13
7 Oral Presentations and Briefing Sessions ................................................... 14
8 Bid Preparation ........................................................................................... 14
9 List of All Personnel .................................................................................... 14
10 Reasons for Disqualification ....................................................................... 15
11 General Conditions of Bid ............................................................................ 16
12 Evaluation criteria and methodology .......................................................... 20
Schedule 1: Bid Pack Submission Checklist ........................................................... 22
Schedule 2: Tax Clearance Requirements ............................................................. 23
Schedule 3: B-BBEE Rating Requirements ............................................................ 27
Schedule 4: Executive Summary ........................................................................... 29
Schedule 5: Scope of Work & Technical Specification ........................................... 30
Evaluation Schedules for Completion .................................................................... 46
Evaluation Schedule I: Bidder Profile ............................................................... 46
Evaluation Schedule II: Proposed Organisation and Staffing .......................... 47
Qualifications of Owner or Designated Member or Key Personnel ........................... 48
Evaluation Schedule III: Bidder’s Experience .................................................. 49
Schedule of relevant experience .......................................................................... 50
Evaluation Schedule IV: Vehicles and Equipment ............................................ 51
Evaluation Schedule V: Skills Development ..................................................... 52
Evaluation Schedule VI: Enterprise Development / Mentorship ...................... 53
Schedule 6: Pricing Schedule and Rate Sheet (Submit this Schedule in a Separate envelope) .............................................................................................................. 54
Pricing Schedule A: Rate Sheet for Contract A (North) Error! Bookmark not defined.
Pricing Schedule B: Rate Sheet for Contract B (Highveld) ...... Error! Bookmark not defined.62
Schedule 7: Mandatory Documents ....................................................................... 64
Schedule 8: Anti Bribery and Corruption ............................................................... 65
Schedule 9: Ethical Commitment ........................................................................... 70
Schedule 10: Authority to Sign .............................................................................. 71
Komatiland Forests (Pty) Limited – General Operating Conditions ....................... 72
General Conditions of Contract………………………………………………………………..74
Tender Documentation: Inbound log Transport – RFB013-2017
Confidential Information Disclosure Notice and Introduction
Page 5 of 73
1 Confidential Information Disclosure Notice
1.1 This document may contain confidential information that is the property of SAFCOL
/Komatiland Forests (PTY) Ltd
1.2 No part of the contents may be used, copied, disclosed or conveyed in whole or in part to
any party in any manner whatsoever other than for preparing a proposal in response to this
Tender, without prior written permission from SAFCOL / Komatiland Forests.
1.3 All copyright and Intellectual Property herein vests with SAFCOL / Komatiland Forests.
2 Introduction
2.1 Purpose
2.1.1 The purpose of this Request for Bid (RFB) is an invitation to suppliers (hereinafter
referred to as “Applicants”) to submit a Tender For Contractors for Inbound Timber
Logistics
2.2 Objectives
2.2.1 The following objectives must be achieved with the implementation of the above required
solution:
2.2.1.1 Adhere to specifications as fully contained in the Technical Specifications and scope
of work
2.2.1.2 Compliance with statutory Requirements
2.3 Based on the Bids submitted and the outcome of the evaluation process according to the
set evaluation criteria, SAFCOL / Komatiland Forests intends to select a preferred bidder
with the view of concluding a Contract where applicable with such successful applicant.
2.4 Queries
2.4.1 Should it be necessary for an applicant to obtain clarity on any matter arising from or
referred to in this RFB document; please refer questions, in writing, to the contact
person(s) listed below. Under no circumstances may any other employee within
SAFCOL/Komatiland Forests be approached for any information. Any such
action will result in a disqualification of a response submitted in terms of the RFB.
Questions and responses will be distributed to all registered applicants via e-mail. All
questions must be submitted on or before close of business 31 May 2017.
Siya Nako E-mail: [email protected]
Tender Documentation: Inbound log Transport – RFB013-2017
Confidential Information Disclosure Notice and Introduction
Page 6 of 73
2.5 Bid timeframe
We provide below the indicative timelines for this bid. Whilst every attempt will be made to
adhere to these timelines SAFCOL / Komatiland Forests reserves the right to alter this
schedule at its sole discretion. In the event that this takes place, we shall advise the
applicants concerned in writing. Bid award is subject to various approvals within the
company and with the shareholder, and therefore no commitment of timelines can be
provided.
Activity Deadline
Briefing session (compulsory)
Date -19 May 2017 Time– 10h00 – 11h00 Location – Technical Services Swartfontein White River 1240
Final date for questions
31 May 2017 close of business
Tender closing date and time
5 June 2017 @ 12.00 noon
GPS coordinates
POINT_Y POINT_X LAT_DMS LONG_DMS
-25.20000000000 30.93333333330 25 12' 26'' 30 56' 41''
Tender Documentation: Inbound log Transport – RFB013-2017
Acronyms and Abbreviations
Page 7 of 73
3 Definitions
3.1 “B-BBEE” – means broad-based black economic empowerment
3.2 “BEE” – means black economic empowerment
3.3 “Bid” – means a written offer in a prescribed or stipulated form in response to an invitation
SAFCOL for the provision of services or goods.
3.4 “Bidder’s” / “Vendors” – means any enterprise, consortium or person, partnership,
company, close corporation, firm or any other form of enterprise or person, legal or natural,
which has been invited by SAFCOL/Komatiland Forests to submit a tender in response to
this bid invitation.
3.5 “Black People” – means African, Coloureds or Indians;
3.5.1 who are citizens of the Republic of South Africa by birth or descent; or
3.5.2 who became citizens of the Republic of South Africa by naturalisation before 27 April
1994;
3.5.3 on or after 27 April 1994 and who would have been entitled to acquire citizenship by
naturalisation prior to that date.
3.6 “Black People with Disabilities” – means black people who also satisfy the criteria in
the definition of 'persons with disabilities' set out in paragraph 5.1 of the "Code of Good
Practice on the Employment of People with Disabilities" issued in terms of section 54(1)(a)
of the Employment Equity Act
3.7 “Black Women” – means black people who are women
3.8 “Comparative Price” – means the price after deduction or addition of non-firm price
factors, unconditional discounts, etc.
3.9 “Consortium” – means several entities joining forces as an umbrella entity to gain a
strategic collaborative advantage by combining their expertise, capital, efforts, skills and
knowledge for the purpose of executing this tender.
3.10 “Disability” – means, in respect of a person, a permanent impairment of a physical,
intellectual, or sensory function, which results in restricted, or lack of, ability to perform an
activity in the manner, or within the range, considered normal for a human being.
3.11 “Firm Price” – means the price that is only subject to adjustments in accordance with the
actual increase or decrease resulting from the change, imposition or abolition of customs
or excise duty and any other duty, levy or tax which, in terms of a law or regulation is
binding on the tenderer and demonstrably has influence on the price of any supplies or the
rendering cost of any service, for the execution of a contract.
3.12 “Goods” – means any work, equipment, machinery, tools, materials or anything of
whatever nature to be rendered to SAFCOL/ Komatiland Forests’ delegate by the successful
tenderer in terms of this tender.
3.13 “Internal Collaboration” – means collaborative arrangements within a group of
companies or within various strategic business units/subsidiaries/operating divisions in
order to gain a strategic position whilst sharing resources, profits and losses as well as risks.
Tender Documentation: Inbound log Transport – RFB013-2017
Acronyms and Abbreviations
Page 8 of 73
3.14 “Joint Ownership” – means the establishment by two parent companies of a child
company for a specific task within which both parent companies invest in order to overcome
the limited capabilities vested within them in order that they can both benefit from the
combined investment.
3.15 “Joint Venture” – (Project) means two or more businesses joining together under a
contractual agreement to conduct a specific business enterprise with both parties sharing
profit and losses. The venture is for one specific project only, rather than for a continuing
business relationship as in a strategic alliance. It is about sharing risk with others and
providing one or more missing and needed assets and competencies.
3.16 “Licences” – means conditional use of another party’s intellectual property rights.
3.17 “Management” – in relation to an enterprise or business, means an activity inclusive of
control, and performed on a daily basis, by any person who is a principal executive officer
of the company, by whatever name that person may be designated, and whether or not
that person is a director.
3.18 “Non-firm Price(s)” – means all price(s) other than “firm” price(s).
3.19 “Person(s)” – refers to a natural and/or juristic person(s).
3.20 “Qualifying Small Enterprise” – means an enterprise that qualifies for measurement
under the qualifying small enterprise scorecard, in terms of the definition specified in Code
1000
3.21 “Rand Value” – means the total estimated value of a contract in Rand denomination, which
is calculated at the time of tender invitations and includes all applicable taxes and excise
duties.
3.22 “Service Partners” – means any successful vendor who is awarded the tender or who
entered into an agreement with Komatiland Forests.
3.23 “SMME” – bears the same meaning assigned to this expression in the National Small
Business Act, 1996 (Act No. 102 of 1996).
3.24 “Subcontracting” – means the primary contractor’s assigning or leasing or contracting, or
employing another person to support such primary contractor in executing part of a project
in terms of a contract.
3.25 “Successful Tenderer” – means the organization or person with whom the order is placed
or who is contracted to execute the work as detailed in the tender.
3.26 “Support Partners” – means any successful vendor who entered into partnership
agreement with SASFCOL/Komatiland Forests and/or its clients for the provision of support
services to a specific solution.
3.27 “Prime Vendor” – means any person (natural or juristic) who forwards an acceptable
proposal in response to this RFB with the intention of being the main contractor should the
tender be awarded to him/her.
3.28 “Vendor Agent” – means any person mandated by a prime vendor or consortium/joint
venture to do business for and on behalf of, or to represent in a business transaction, the
prime vendor and thereby acquire rights for the prime vendor or consortium/joint venture
against SAFCOL/Komatiland Forests and incur obligations binding the prime vendor or
Tender Documentation: Inbound log Transport – RFB013-2017
Acronyms and Abbreviations
Page 9 of 73
consortium/joint venture in favour of SAFCOL/ Komatiland Forests or an organ of state.
4 Acronyms and Abbreviations
4.1 The following acronyms and abbreviations are used in this bid and must be similarly used
in the proposal submitted in response and shall have the meaning ascribed thereto below.
Abbreviations/Acronyms Description
AD At Depot
AM At Mill
AR At Roadside
BEE Black Economic Empowerment.
B-BBEE Broad-based Black Economic Empowerment
BOP Best Operating Practice
CPI Consumer Price Index
DTI Department of Trade and Industry
DTM Direct To Mill
EME Exempted Micro Enterprise
FSC Forestry Stewardship Council
IEEE Institute of Electrical and Electronics Engineers
IOD Injury on Duty
KLF Komatiland Forests (Pty) Ltd
LH Long Haul
NEC New Engineering Contract
NOSA National Occupational Safety Association
OEM Original Equipment Manufacturer
PPE Personnel Protective Equipment
QoS Quality of Service
RFB Request for Bid
RSA Republic of South Africa
RTMS Road Transport Management System
SAFCOL South African Forestry Company SOC Ltd
SAICE South African Institute of Civil Engineering
SH Short Haul
SMME Small, Medium, and Macro Enterprise
SLA Service Level Agreement
Tender Documentation: Inbound log Transport – RFB013-2017
General Rules and Instructions
Page 10 of 73
5 General Rules and Instructions
5.1 Confidentiality
5.1.1 The information contained in this document is of a confidential nature, and must only be
used for purposes of responding to this RFB. This confidentiality clause extends to
Tender partners and/or implementation agents, whom the Applicant may decide to
involve in preparing a response to this RFB.
5.1.2 For purposes of this process, the term “Confidential Information” shall include all
technical and business information, including, without limiting the generality of the
foregoing, all confidential knowledge and information (including any and all financial,
commercial, market, technical, functional and scientific information, and information
relating to a party’s strategic objectives and planning and its past, present and future
research and development), technical, functional and scientific requirements and
specifications, data concerning business relationships, demonstrations, processes,
machinery, know-how, architectural information, information contained in a party’s
software and associated material and documentation, plans, designs and drawings and
all material of whatever description, whether subject to or protected by copyright, patent
or trademark, registered or un-registered, or otherwise disclosed or communicated
before or after the date of this process.
5.1.3 The receiving party shall not, during the period of validity of this process, or at any time
thereafter, use or disclose, directly or indirectly, the confidential information of SAFCOL
/Komatiland Forests (even if received before the date of this process) to any person
whether in the employment of the receiving party or not, who does not take part in the
performance of this process.
5.1.4 The receiving party shall take all such steps as may be reasonably necessary to prevent
SAFCOL / Komatiland Forests confidential information coming into the possession of
unauthorised third parties. In protecting the receiving party’s confidential information,
SAFCOL /Komatiland Forests shall use the same degree of care, which does not amount
to less than a reasonable degree of care, to prevent the unauthorised use or disclosure
of the confidential information as the receiving party uses to protect its own confidential
information.
5.1.5 Any documentation, software or records relating to confidential information of, SAFCOL/
Komatiland Forests which comes into the possession of the receiving party during the
period of validity of this process or at any time thereafter or which has so come into its
possession before the period of validity of this process:
5.1.5.1 shall be deemed to form part of the confidential information of SAFCOL/ Komatiland
Forests;
5.1.5.2 shall be deemed to be the property of SAFCOL/Komatiland Forests;
5.1.5.3 shall not be copied, reproduced, published or circulated by the receiving party unless
and to the extent that such copying is necessary for the performance of this process
and all other processes as contemplated in; and
5.1.5.4 shall be surrendered to SAFCOL/ Komatiland Forests on demand, and in any event on
Tender Documentation: Inbound log Transport – RFB013-2017
General Rules and Instructions
Page 11 of 73
the termination of the investigations and negotiations, and the receiving party shall
not retain any extracts.
5.2 News and press releases
5.2.1 Applicants or their agents shall not make any news releases concerning this RFB or the
awarding of the same or any resulting agreement(s) without the consent of, and then
only in co-ordination with SAFCOL/ Komatiland Forests.
5.3 Precedence of documents
5.3.1 This RFB consists of a number of sections (see list). Where there is a contradiction in
terms between the clauses, phrases, words, stipulations or terms and herein referred to
generally as stipulations in SAFCOL /Komatiland Forests this and the stipulations in any
other document attached hereto, or the SAFCOL/ Komatiland Forests submitted hereto,
the relevant stipulations in this RFB shall take precedence.
5.4 Preferential Procurement Reform
5.4.1 SAFCOL/Komatiland Forests supports Broad-Based Black Economic Empowerment as an
essential component of its business. In accordance with government policy, SAFCOL
/Komatiland Forests insists that the applicants demonstrate their commitment and track
record to Broad-Based Black Economic Empowerment according to the DTI Codes of
Good Practice and relevant sector charters.
5.4.2 SAFCOL /Komatiland Forest procurement policy requires that a B-BBEE contribution
certificate must be provided. This will be applicable to each vendor that participates in a
consortium structure, joint venture or the use of a sub-contractor.
5.5 Language
5.5.1 Bids shall be submitted in English.
5.6 Gender
5.6.1 Any word implying any gender shall be interpreted to include the other gender.
5.7 Headings
5.7.1 Headings are incorporated into this bid document and submitted in response thereto, for
ease of reference only and shall not form part thereof for any purpose of interpretation
or for any other purpose.
5.8 Occupational Injuries and Diseases Act 13 of 1993
5.8.1 The applicant warrants that all its employees (including the employees of any sub-
contractor that may be appointed) are covered in terms of the Compensation for
Occupational Injuries and Diseases Act 13 of 1993 (“COIDA”) and that the cover shall
remain in force for the duration of the adjudication of this tender and/ or subsequent
agreement. SAFCOL/ Komatiland Forests reserves the right to request the Applicant to
submit documentary proof of the Applicant’s registration and “good standing” with the
Compensation Fund, or similar proof acceptable to SAFCOL/ Komatiland Forests.
5.9 Formal contract
5.9.1 This RFB, all the appended documentation and the response thereto read together,
forms the basis for a formal contract to be negotiated and finalised between SAFCOL
Tender Documentation: Inbound log Transport – RFB013-2017
General Rules and Instructions
Page 12 of 73
/Komatiland Forests and the enterprise(s) to whom SAFCOL /Komatiland Forests awards
the tender in whole or in part.
These conditions should be read in conjunction with the General Conditions of
Contract (GCC) and Schedule 8: Anti Bribery and Corruption. Bidders should
familiarise themselves with the contents of this document which is attached
Annexure B.
5.9.2 Any offer and/or acceptance entered verbally between SAFCOL /Komatiland Forests and
any vendor, such offer shall not constitute a contract and thus not binding on the parties.
5.10 Instructions for submitting a proposal
5.10.1 One (1) original, one (1) hard copy and one (1) electronic version on a flash drive of the
Bid shall be submitted on the date of closure of the Bid.
5.11 Bid Requirements.
5.11.1 The original copy must be signed in black ink by an authorised employee, agent or
representative of the applicant and each and every page of the proposal shall contain
the initials of same signatory (ies).
5.11.2 Applicants shall submit bid responses in accordance with the prescribed manner of
submissions as specified above.
5.11.3 Bids must be submitted in a prescribed response format herewith reflected as Response
Format, and be sealed in an envelope.
5.11.4 Bids must be deposited into SAFCOL’s Bid Box on or before 5 June 2017 not later than
12:00 noon, at SAFCOL Head Office, Podium At Menlyn, 43 Ingersol Road,
Lynnwood Glen, Pretoria, 0081
5.11.5 All Bids in this regard shall only be accepted if they have been placed in the bid box on
or before the closing date and stipulated time.
5.12 Bids received after the time stipulated shall not be considered.
5.13 No bid shall be accepted by SAFCOL/ Komatiland Forests if submitted in any
manner other than as prescribed above.
5.14 SAFCOL/ Komatiland Forests has the right to enter into negotiation with any
prospective Bidder regarding any terms and conditions, of a proposed contract.
Tender Documentation: Inbound log Transport – RFB013-2017
Oral Presentations and Briefing Sessions; Bid Preparation; List of All Personnel
Page 13 of 73
6 Response Format
6.1 Vendors shall submit their responses in accordance with the format specified below. Failure
to comply with 6.2.1 – 6.2.4 will result in the vendor being penalised.
6.2 Schedule Index:
6.2.1 Schedule 1: Bid Pack Submission Checklist
6.2.2 Annexure C: SCM – Bid documents SBD 1
6.2.3 Schedule 2: Tax Clearance Requirements
Original or certified valid Tax Clearance Certificate (no scanned copies shall be accepted.
Ideally an original Tax Clearance certificate is required, should SARS provide bidders with
an electronic copy of the tax clearance certificate, the copy of the tax clearance certificate
must be submitted with the tender. The Tax Clearance Certificate will be verified with
SARS.
If a Consortium, Joint Venture or Subcontractor, an original valid Tax Clearance
Certificate must be submitted for each member. Ideally an original Tax Clearance
certificate is required, should SARS provide bidders with an electronic copy of the tax
clearance certificate, the copy of the tax clearance certificate must be submitted with
the tender. The Tax Clearance Certificate will be verified with SARS.
6.2.4 Schedule 3: B-BBEE Rating Requirements
6.2.5 Schedule 4: Executive Summary
6.2.6 Schedule 5: Scope of Work & Technical Specification
6.2.7 Schedule 6: Pricing Schedule and Rate Sheet (Submit this Schedule in a Separate envelope)
6.2.8 Schedule 7: Mandatory Documents
6.2.9 Annexure E: Certificate of Independent Bid Determination.
6.2.10 Annexure F: Bidder Past SCM Practices SBD 8
6.2.11 Annexure G: Preference Points claim form in terms of the preferential procurement
regulations 2017
6.2.12 Schedule 8: Anti Bribery and Corruption
6.2.13 Schedule 9: Ethical Commitment
6.2.14 Schedule 10: Authority to Sign
Tender Documentation: Inbound log Transport – RFB013-2017
Oral Presentations and Briefing Sessions; Bid Preparation; List of All Personnel
Page 14 of 73
7 Oral Presentations and Briefing Sessions
7.1 Applicants who submit Bids in response to this RFB may be required to give an oral
presentation, which may include, but is not limited to, service demonstration of their
proposal to SAFCOL/Komatiland Forests. This provides an opportunity for the vendor to
clarify or elaborate on the bid. This is a fact-finding and explanation session only and does
not include negotiation. SAFCOL/Komatiland Forests shall schedule the time and location
of these presentations. Oral presentations are an option of SAFCOL/Komatiland Forests
and may or may not be conducted.
8 Bid Preparation
8.1 All additions to the Bid documents i.e. annexures, supporting documentation pamphlets,
photographs, technical specifications and other support documentation covering the
services offered etc. shall be neatly bound as part of the schedule concerned.
8.2 All questions in respect of this bid must be addressed by e-mail to:
8.3 All responses regarding questions posed in the Schedules attached herewith shall be
answered in accordance with the prescribed RFB Response Format.
8.4 Bids must be submitted for all components of the service required – total supply chain
solution.
8.5 Rate Sheets (Schedule 6: Pricing Schedule and Rate Sheet (Submit this Schedule in a Separate
envelope)) must be submitted per contract / region (HUB) separately.
9 List of All Personnel
9.1 List of all personnel to be assigned to this project, by employer, identifying their
qualifications to perform the tasks or functions to be assigned.
9.2 Identify key personnel, by employer (include subcontractor(s)), and provide contact
information.
9.3 Provide a brief résumé of staff that will be deployed on this project. List educational
qualifications (certifications on product installation & configuration); as well as experience
of similar projects.
Tender Documentation: Inbound log Transport – RFB013-2017
Reasons for Disqualification
Page 15 of 73
10 Reasons for Disqualification
10.1 SAFCOL/Komatiland Forests reserves the right at its sole discretion to disqualify any
applicant that does any one or more of the following, and such disqualification may take
place without prior notice to the offending applicant, however the applicant shall be notified
in writing of such disqualification:
10.1.1 Applicants who do not submit a valid original Tax Clearance Certificate on the closing
date and time of the tender;
10.1.2 Applicants not registered on the Central Supplier Database.
10.1.3 Applicants who submitted incomplete information and documentation according to the
requirements of this RFB;
10.1.4 Applicants who submitted information that is fraudulent, factually untrue or inaccurate,
for example memberships that do not exist, B-BBEE credentials, experience, etc.
10.1.5 Applicants who received information not available to other vendors through fraudulent
means; and/or
10.1.6 Applicants who do not comply with mandatory requirements schedule 1-3 and 5-13 as
stipulated in this RFB.
10.1.7 Applicants who do not offer full supply chain (all modes of transport including handling
for all products required) for the service for any one of the hubs.
10.1.8 Applicants who did not attend the compulsory briefing session.
10.2 There shall be no public opening of the Bids received. There shall be no discussions with
any enterprise until the evaluation of the proposal has been complete. Any subsequent
discussions shall be at the discretion of SAFCOL/Komatiland Forests. Bids submitted by
means of telegram, telex, facsimile or similar means shall not be considered.
10.3 No Tenders from any applicant with offices within the RSA shall be accepted if sent via the
Internet or e-mail. However Tenders from international applicants with no office or
representation in the RSA shall be accepted if received via the Internet or e-mail before the
closing date and time.
10.4 Such Bids shall not be made available for evaluation until the original signed documentation
is received within three (3) working days after the closing date, otherwise the proposal shall
be disqualified. International applicants must submit proof that they do not have any offices
or representation in South Africa.
Tender Documentation: Inbound log Transport – RFB013-2017
General Conditions of Bid and Response Format
Page 16 of 73
11 General Conditions of Bid
11.1 Applicants shall provide full and accurate answers to all (including mandatory) questions
posed in this document, and, are required to explicitly state either "Comply/Accept (with a
)" or "Do not comply/Do not accept (with an X)" regarding compliance with the
requirements. Where necessary, the applicant shall substantiate their response to a specific
question.
NOTE: It is mandatory for applicants to complete or answer this part fully;
otherwise their tender shall be treated as incomplete and will be disqualified.
11.2 SAFCOL/Komatiland Forests may request at its sole discretion:
11.2.1 Additional information from applicants where deemed appropriate,
11.2.2 The correction of minor errors that do not affect the substance of the tender
11.2.3 Examples of minor errors for which correction may be requested are:
11.2.3.1 A page inadvertently not initialled
11.2.3.2 Incorrect spelling where the correction is obvious
General Conditions of Bid Accept Do not Accept
11.3 The laws of the Republic of South Africa shall govern this RFB and the
applicants hereby accept that the courts of the Republic of South Africa
shall have the jurisdiction.
11.4 SAFCOL/Komatiland Forests shall not be liable for any costs incurred
by the applicant in the preparation of response to this RFB. The
preparation of response shall be made without obligation to acquire
any of the items included in any applicant’s proposal or to select any
proposal, or to discuss the reasons why such vendor’s or any other
proposal was accepted or rejected.
11.5 SAFCOL/Komatiland Forests may request written clarification or further
information regarding any aspect of this proposal. The applicants must
supply the requested information in writing within 1 business day
after the request, or the proposal will be disqualified.
11.6 In the case of a Consortium, Joint Venture or subcontractors,
applicants are required to provide copies of signed agreements
stipulating the work split and Rand value.
11.7 In the case of a Consortium, Joint Venture or subcontractors, all
applicants are required to provide mandatory documents as stipulated
in Schedule 1: Bid Pack Submission Checklist
Tender Documentation: Inbound log Transport – RFB013-2017
General Conditions of Bid and Response Format
Page 17 of 73
General Conditions of Bid Accept Do not Accept
11.8 SAFCOL/Komatiland Forests reserves the right to cancel or reject any
proposal and not to award the bid to the lowest priced or the highest
scoring tender or award parts of the tender to different applicants, or
not to award the bid at all.
11.9 By submitting a proposal in response to this RFB, the applicants accept
the evaluation criteria as it stands.
11.10 Where applicable, SAFCOL/Komatiland Forests reserves the right to
query the qualification and experience of the applicant(s) or personnel
during the evaluation and after the evaluation.
11.11 Should the parties at any time before and/or after the award of the bid
and prior to, and-or after conclusion of the contract fail to agree on
any significant product price or service price adjustments, change in
scope/ Technical specifications, change in services, etc.
SAFCOL/Komatiland Forests shall be entitled, within 14 (fourteen) days
of such failure to agree, to recall the letter of award and cancel the bid
by giving the applicant not less than 7 (seven) days written notice of
such cancellation, in which event all changes in fees on which the
parties failed to agree shall, for the duration of such notice period,
remain fixed on those fee/price applicable prior to the negotiations.
Such cancellation shall mean that SAFCOL/ Komatiland Forests
reserves the right to award the same bid to another applicant as it
deems fit.
11.12 In the case of a consortium or JV, each of the authorised enterprise’s
members and/or partners of the different enterprises must co-sign this
document.
11.13 Any amendment or change of any nature made to this RFB shall only
be of force and effect if it is in writing, signed by an authorised SAFCOL/
Komatiland Forests signatory and added to this RFB as an addendum.
11.14 Failure or neglect by either party to (at any time) enforce any of the
provisions of this bid shall not, in any manner, be construed to be a
waiver of any of that party’s right in that regard and in terms of this
bid. Such failure or neglect shall not, in any manner, affect the
continued, unaltered validity of this bid, or prejudice the right of that
party to institute subsequent action.
11.15 No interest shall be payable on accounts due to the successful vendor
in an event of a dispute arising on any stipulation in the contract.
Tender Documentation: Inbound log Transport – RFB013-2017
General Conditions of Bid and Response Format
Page 18 of 73
General Conditions of Bid Accept Do not Accept
11.16 As of 20 January 2017, the amended Preferential Procurement
Regulations have been gazetted by National Treasury and provide that:
Where feasible, organs of state must impose a 30%
subcontracting requirement in tender invitations for contracts
in excess of R30-million. The PPPFA Regulations 2017
contemplate that the compulsory subcontracting requirement,
if applied, must be for the purpose of advancing the same
categories of EMEs, QSEs and co-operatives as are provided for
in relation to pre-qualification criteria.
Where compulsory subcontracting is applied in a tender
process, successful tenderers will be obliged to subcontract a
minimum of 30% of the contract value to one or more suppliers
registered on a database approved by National Treasury to
provide the required goods or services.
A person awarded a contract by an organ of state may enter
into a subcontracting arrangement only with the consent of the
organ of state.
11.17 Evaluation of Bids shall be performed by an evaluation panel
established by SAFCOL / Komatiland Forests.
Bids shall be evaluated on the basis of conformance to the required
specifications as outlined in the RFB. Points shall be allocated to each
applicant, on the basis that the maximum number of points that may
be scored for a combination of price and preference shall be 100.
11.18 The applicant’s response to this Bid, or parts of the response, shall be
included as a whole or by reference in the final contract
11.19 Should the evaluation of this bid not be completed within the validity
period of the bid, SAFCOL/ Komatiland Forests has the discretion to
request applicants to extend the validity period of their bids.
11.20 Upon receipt of the request to extend the validity period of the bids,
the applicant must respond within the required time frames and in
writing on whether or not he agrees to hold his original bids response
valid under the same terms and conditions for a further period.
Tender Documentation: Inbound log Transport – RFB013-2017
General Conditions of Bid and Response Format
Page 19 of 73
General Conditions of Bid Accept Do not Accept
11.21 Should the applicant change any wording or phrase in this document,
the bids may be evaluated as though no change has been effected and
the original wording or phrasing shall be used.
11.22 Successful bidders should maintain or improve their B-BBEE level rating
for the duration of the awarded contract.
11.23 Prior to award of the contract, SAFCOL / KLF will engage the
recommended bidder on Incubation process and timelines for the sub-
contracted bidder (30%). Final award of this tender will be subject to
acceptance of terms.
Tender Documentation: Inbound log Transport – RFB013-2017
Evaluation criteria and methodology
Page 20 of 73
12 Evaluation criteria and methodology
The evaluation of the Bids shall be conducted using the framework presented below:
12.1 Step 1 – Mandatory Requirements
Documentation be supplied as per Schedule 7: Mandatory Documents on page 64 below.
Take note that these conditions / requirements must be met in order for the evaluation
committee to proceed to step 2. Failure to achieve compliance may result in disqualification
of the bids.
Technical Proposal
Points for the technical proposal will be awarded as follows:
Technical Evaluation Criteria Weighting
scores (%)
Objectives and Scope 10
Appropriate Organisational structure and staffing 25
Proven Experience in timber logistics 30
Sufficient vehicles and Equipment configuration and capacity 25
Enterprise and Skills Development (Transformation element) 10
TOTAL 100
Minimum Technical Score 70
Step 2 – Technical Evaluation
If applicants achieve the minimum required score, the Evaluation Committee will proceed
with evaluating the pricing and B-BBEE proposal.
Where the minimum required score is not achieved, the Bid will be deemed unsuccessful.
12.2 Step 3 – Pricing (Weighting – 90%)
The lowest priced Bid will be used as the baseline in determining the point allocations to respective
Bids using the formula below. The lowest acceptable Bid (adjusted or not), will obtain the
maximum points allocated for price. The other tenders with higher prices (adjusted or not), will
proportionately obtain lower points based on the following formula:
min
min190
P
PPtPs
where
Ps = points scored for price by tender under consideration
Pmin = lowest acceptable tender
Pt = price of tender / Bid
Illustration
Lowest price is R 1 000 (Pmin)
Tenderer 1 price is R 1 200 (Pt)
Calculation of pricing score for tender 1 is Ps =
1000
10001200190
=72
12.3 Step 4 – B-BBEE Evaluation (Weighting – 10%)
Tender Documentation: Inbound log Transport – RFB013-2017
Evaluation criteria and methodology
Page 21 of 73
Each vendor participating in the Bid response as per their proposed structure will be
evaluated using the B-BBEE contribution level as reflected in the table below. The points
allocated for each vendor participating in the structure will then be multiplied by the
percentage revenue allocated to such vendor, as contained in the pricing schedule of the
applicant’s response. The aggregate of all the vendors’ score will then compute the B-BBEE
score for such tender.
POINTS AWARDED FOR BROAD-BASED BLACK ECONOMIC EMPOWERMENT Points for B-BBEE level will be allocated as follows:
Level Points
1 10
2 9
3 6
4 5
5 4
6 3
7 2
8 1
Non-compliant contributor 0
12.4 Step 5 – Aggregate Scoring
The scores achieved in steps 2 to 4 above will be aggregated to compute the total score
for each tender. Points scored will be rounded off to 2 decimal places.
Component Weighting
Pricing 90
B-BBEE 10
Total 100
In the event that any two or more tenders achieving an equal aggregate score, the Bid will
be awarded to the applicant scoring the highest number of points for specified goals.
The applicant obtaining the highest number of aggregated points will be awarded the
contract.
12.5 The decision by the Evaluation Committee is final and no further correspondence will be
entered into for bids that do not meet requirements.
12.6 It is important that applicants deal with the components of the scorecard above and respond
in detail to the scoring elements to provide a comprehensive response to the statement of
requirements.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 1: Bid Pack Submission Checklist
Page 22 of 73
Schedule 1: Bid Pack Submission Checklist
(Return completed and signed checklist with pack) I have completed and included the forms as stated below:
Form Completed Included in pack
Signed Note / Sign KLF Use Received
Schedule 2: Tax Clearance Requirements Yes / No Yes / No Yes / No
Schedule 3: B-BBEE Rating Requirements Yes / No Yes / No Yes / No
Schedule 4: Executive Summary Yes / No Yes / No Yes / No
Schedule 5: Scope of Work & Technical Specification Yes / No Yes / No Yes / No
Evaluation Schedules for Completion Yes / No Yes / No Yes / No
Schedule 6: Pricing Schedule and Rate Sheet (Submit this Schedule in
a Separate envelope) Yes / No Yes / No Yes / No
Schedule 7: Mandatory Documents Yes / No Yes / No Yes / No
Schedule 8: Anti Bribery and Corruption Yes / No Yes / No Yes / No
Schedule 9: Ethical Commitment Yes / No Yes / No Yes / No
Schedule 10: Authority to Sign Yes / No Yes / No Yes / No
Name of person signing: Signature: Date:
Name of Applicant (Legal entity):
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 2: Tax Clearance Requirements
Page 23 of 73
Schedule 2: Tax Clearance Requirements
1. It is a condition of tender that the South African taxes of the successful applicants must be in
order, or that satisfactory arrangements have been made with South African Revenue Service
(SARS) to meet the tender’s tax obligations.
2. In order to meet this requirement applicants are required to complete in full the attached form
TCC 001 “Application for a Tax Clearance Certificate” and submit it to any SARS branch office
nationally. The Tax Clearance Certificate requirements are also applicable to foreign
applicants/individuals who wish to submit bids.
3. SARS shall then furnish the applicant with a Tax Clearance Certificate that shall be valid for a
period of one (1) year from the date of approval.
4. The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit
the original and valid Tax Clearance Certificate shall result in the invalidation of the bid.
5. In bids where Consortia / Joint Ventures / subcontractors are involved, each party must submit
a separate Tax Clearance Certificate.
6. Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any
SARS branch office nationally or on the website www.sars.gov.za.
7. Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this
provision, taxpayers shall need to register with SARS as eFilers through the website
www.sars.gov.za.
8. SARS do not charge for the issuing of a tax clearance certificate, providing that all taxes are up-
to-date. The tax clearance certificate may be collected from the nearest SARS branch.
HAS AN ORIGINAL TAX CLEARANCE CERTIFICATE/S
BEEN SUBMITTED? Yes No
I CERTIFY THAT THE INFORMATION FURNISHED ON THIS FORM IS TRUE AND CORRECT.
I FURTHER ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE
TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
SIGNATURE OF APPLICANT (duly authorised)
DATE
CAPACITY UNDER WHICH THIS BID IS SIGNED
NAME OF BID
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 2: Tax Clearance Requirements
Page 24 of 73
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 2: Tax Clearance Requirements
Page 25 of 73
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 2: Tax Clearance Requirements
Page 26 of 73
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 3: B-BBEE Rating Requirements
Page 27 of 73
Schedule 3: B-BBEE Rating Requirements
1. It is required that applicants submit proof of their commitment to Broad-Based Black Economic
Empowerment, in terms of the B-BBEE Codes of Good Practice if they wish to claim points
according to the Preferential Points System.
2. It is required by SAFCOL/ Komatiland Forests that vendors participating in this Bid have as a
minimum, a Level 4 B-BBEE rating. This will be applicable to each vendor participating in a
consortium, joint venture or prime-subcontractor structures / model.
3. Companies that have an annual turnover (not profit) of less than R 10 million are exempted from
certification, in terms of the DTI Codes of Good Practice 2013. These companies need only
submit a sworn affidavit that confirms their annual turnover is less than R 10 million and further
confirms percentage black ownership and black women ownership. Furthermore, companies
whose total annual turnover is more than R 10 million but less than R 50 million (QSEs) also
need only submit a sworn affidavit as specified in the Codes of Good Practice unless it chooses
to get a QSE certificate to enhance its B-BBEE level.
4. If applicants do not have a B-BBEE Rating Certificate, they may choose not to submit one, and
will be awarded zero points for B-BBEE under the evaluation scoring as indicated in this
document.
HAS A B-BBEE VERIFICATION CERTIFICATE/S BEEN
SUBMITTED? Yes No
I CERTIFY THAT THE INFORMATION FURNISHED ON THIS FORM IS TRUE AND
CORRECT.
I FURTHER ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION
MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
SIGNATURE OF APPLICANT (duly authorised)
DATE
CAPACITY UNDER WHICH THIS BIDDERIS SIGNED
NAME OF BIDDER
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 3: B-BBEE Rating Requirements
Page 28 of 73
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 4: Executive Summary
Page 29 of 73
Schedule 4: Executive Summary
Provide an executive summary of your bid under the appropriate headings below: (limit
to 3 pages).
1. Entity details – Consortium / Joint Venture / Prime-Subcontractor Structure (Refer
to Evaluation Schedule I: Bidder Profile)
a. Structure of the tendering entity
b. Key roles of each participating vendor
c. Percentage revenue and work share
d. Brief profile of each participating vendor
e. Value of assembling this tendering entity
2. Bidder Operating Organisation – Provide an overview of the operating structure and
geographical locations of the firm at national, regional, and local levels.(Refer to
Evaluation Schedule I: Bidder Profile and Evaluation Schedule II: Proposed Organisation and
Staffing)
a. Indicate the proposed structure and composition of the team in order to demonstrate
capacity and ability to exercise good control (Attach CV’s of all the relevant positions)
b. Indicate capacity available in terms of support, artisans and administration
c. Indicate current or proposed resources and presence in the required geographic areas or
provide assurance that capacity will be established in time
d. Indicate management competence to manage these bids
e. Provide assurance on the bidders ability to offer full operational solution
f. Provide assurance on the bidders ability to offer flexibility in delivered volumes
3. Experience (Refer to Evaluation Schedule III: Bidder’s Experience)
a. Indicate details of the service provider's history in timber transport
b. Indicate proof of relevance of sawlog transport experience?
c. Indicate proof of experience in all modes of transport
4. Vehicles and Equipment (Refer to Evaluation Schedule IV: Vehicles and Equipment)
a. Indicate proven capacity for the rateable volume delivery from onset
b. Indicate proven capacity in different modes to offer flexibility and options
c. Indicate available Infrastructure and workshops to service the contract
d. Indicate ability to take on new supply chains
5. Enterprise/Supplier / Skills Development (Refer to schedule Evaluation Schedule V:
Skills Development and Evaluation Schedule VI: Enterprise/Supplier Development / Mentorship)
a. Provide proof of internal and or external Enterprise or Supplier Development.
b. Provide contracted development agreements.
c. Indicate examples of proven mentorship success. Indicate training plan and development of
own staff.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 30 of 73
Schedule 5: Scope of Work & Technical Specification
1 Background
The purpose of this bid is to seek interested service providers for the appointment of Inbound
Timber Logistics Contractor(s) over a 3-year period
KLF operations are distributed throughout the below areas:
North Highveld
Plantations
Entabeni Belfast
New Agatha Jessievale
Woodbush Nelshoogte
Ngome
Roburnia
Berlin
Districts Louis Trichardt / Makhado Mpumalanga Highveld
Thathe Vondo
Tzaneen
SAFCOL /Komatiland Forests plans to appoint service providers (Established and Small Micro
Enterprise (SMME) that offers a full range of services at predetermined rates over distance
brackets, but to maintain total flexibility in terms of geographic areas, sources and destination,
and volumes as indicated.
Special condition for Enterprise Development
A successful ED service provider will be allocated with 30 000m³ for Northern District and
10 000 m³ for the Highveld District.
SAFCOL Transformation Programme:
SAFCOL encourages its Suppliers/Service Providers to constantly strive to improve their B-
BBEE compliance levels. Whereas Respondents will be allocated points in terms of a preference
point system based on its B-BBEE scorecard, in addition to such scoring, SAFCOL also requests
that Respondents submit a B-BBEE improvement plan. Respondents are therefore requested
to indicate the extent to which their ownership, management control, Enterprise and Supplier
Development will be maintained or improved over the contract period.
Respondents are requested to submit their B-BBEE Improvement Plan as an additional
document with their Proposals.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 31 of 73
Respondents are to insert their current status (%) and future targets (%) for the B-BBEE
Improvement Plan [i.e. not the % change but the end-state quantum expressed as a
percentage] in the table below. This will indicate how you intend to sustain or improve your
B-BBEE rating over the contract period. On agreement, this will represent a binding
commitment to the successful Respondent.
SAFCOL reserves the right to request supporting evidence to substantiate the commitments
made in the B-BBEE Improvement Plan.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 32 of 73
Period Committed
(3 Year Contract)
Year 1 (2017 - 2018)
Year 2 (2018 - 2019)
Year 3 (2019 - 2020)
B-BBEE Status
Current Future Planned Actual Planned Actual
Planned Actual
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 33 of 73
B-BBEE Improvement Plan
OWNERSHIP INDICATOR Current Status (%)
Future Targets
(%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
1. The percentage of the business owned by Black persons.
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
2. The percentage of your business owned by Black women.
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
3. The percentage of the business owned by Black youth[2]
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
4. The percentage of the business owned by Black persons living with disabilities
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
5. New Entrants (Early stage business)
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
MANAGEMENT CONTROL INDICATOR
Current Status (%)
Future Targets
(%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 34 of 73
6. The percentage of Black Board members in relation to the total number of Board members
60.00% 60.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
7. The percentage of Black female Board members in relation to the total number of Board members
20.00% 20.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
8. Black Executive Directors as a percentage of all executive directors
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
9. Black female Executive Directors as a percentage of all executive directors
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
Other Executive Management
Current
Status (%)
Future
Targets (%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
10. Black Executive Management as a percentage of all executive directors
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
11. Black female Executive Management as a percentage of all executive directors
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
Senior Management Current Status (%)
Future Targets
(%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 35 of 73
12. Black employees in Senior Management as a percentage of all senior management
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
13. Black female employees in Middle Management as a percentage of all middle management
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
Middle Management Current Status (%)
Future Targets
(%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
14. Black employees in Middle Management as a percentage of all middle management
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
15. Black female employees in Senior Management as a percentage of all senior
management
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
Junior Management Current Status (%)
Future Targets
(%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
16. Black employees in Junior Management as a percentage of all junior management
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
17. Black female employees in Junior Management as a percentage of all junior management
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 36 of 73
Employees with disabilities Current Status (%)
Future Targets
(%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
18. Black employees with disabilities as a percentage of all employees
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
PREFERENTIAL PROCUREMENT
INDICATOR
Current Status (%)
Future Targets
(%)
Planned
(%)
Actual
(%) Planned
(%)
Actual
(%)
Planned
(%)
Actual
(%)
19. B-BBEE procurement spend from all Empowering suppliers based on the B-BBEE procurement recognition level as a percentage of total measured procurement spend
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
20. B-BBEE procurement spend from all Empowering Suppliers QSEs based on the applicable B-BBEE Procurement Recognition Levels as a percentage of Total Measured Procurement Spend
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
21. B-BBEE procurement spend from Exempted Micro- Enterprise based on the applicable B-BBEE procurement recognition Levels as a percentage of Total Measured Procurement Spend
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
22. B-BBEE procurement spend from Empowering Suppliers that are at least 51%
Black owned based on the applicable B-BBEE Procurement Recognition Levels as a percentage of Total Measured Procurement Spend
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 37 of 73
23. B-BBEE procurement spend from Empowering Suppliers that are at least 30% Black woman owned based on the applicable B-BBEE Procurement Recognition Levels as a percentage of Total Measured Procurement Spend
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
24. B-BBEE procurement spend from Designated Group Suppliers that are at least 51% Black owned
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
SUPPLIER DEVELOPMENT INDICATOR
Current Status (%)
Future Targets
(%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
25. Annual valve of all Supplier Development Contributions made by the Measured entity as a percentage of the target
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
ENTERPRISE DEVELOPMENT
INDICATOR
Current Status (%)
Future Targets
(%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
Planned (%)
Actual (%)
26. The organization’s annual spend on Enterprise Development as a percentage of Net Profit after Tax [NPAT]
0.00% 0.00% 0.00% 0.00% 0.00% 0.00%
0.00% 0.00%
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 38 of 73
Transformation obligations
The supplier/service provider undertakes that, upon awarding of this contract:
1.1 Without derogating from the generality of its obligations in the B-BBEE Improvement
Plan;
1.2 Comply with the commitments on schedule V: Skills Development and schedule VI:
Enterprise/Supplier development/Mentorship
1.3 Comply with SAFCOL’s Reporting Obligations, in respect of all the Quarterly Obligations;
1.4 Generally involve Black People and Black Women in the all aspects of the works
undertaken in the deliverables of this contract;
1.5 Generally promote and encourage contracting with Black Owned QSEs, EMEs through
other outsourcing and subcontracting of the Works wherever possible and within the
reasonable capacity of the Supplier and/or the Sub-Suppliers to do so;
1.6 Develop the skills of such of its Employees who are Black People, and continuously
improve their responsibilities and Employment positions in the Supplier through, inter
alia, human resources training, general preference to Black People in appointing people
to new Employment positions, and general career development of Black People.
Reporting Obligations of the Supplier and its Sub-suppliers
a) The Supplier/service provider, undertakes to submit reports in such form as may
reasonably be required by SAFCOL, detailing the Transformation obligations and
progress thereof in relation to B-BBEE Skills, Enterprise and Supplier Development on a
quarterly basis with a start date which will be communicated by SAFCOL upon awarding
of the contract.
b) For the avoidance of doubt, the reports of the Supplier/service provider include the
performance of all the B-BBEE obligations including those in respect of which, the
Supplier relies on its sub-Suppliers to achieve them.
c) The supplier must indicate who their Transformation Obligations Monitor will be and
ensure that quarterly reports are submitted to SAFCOL.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 39 of 73
Rectification Plans
Should the supplier/service provider anticipate that It may not meet its targets, a rectification
plan needs to be submitted to SAFCOL detailing the reasons why targets will/may not be met
and clearly outline what rectification measures the company will put in place to ensure
compliance by the next reporting cycle (quarter).
Penalties for not complying with SAFCOL’s Transformation Programme
Should the supplier not comply with SAFCOL’s Transformation Programme during the contract
period, the following penalties will become enforceable by SAFCOL;
(a) End of each contract year – 5% of contract value deductible from the supplier’s
invoice
SAFCOL reserves the right to terminate the contract before the end of the contract period if it
believes without reasonable and supported by audited findings, that the supplier has neglected
its Transformation obligations and as such failed to meet its targets.
Bidders are encouraged to bid for all hub as mentioned in the above table, although SAFCOL
reserves the right to award a maximum of two per bidder and not to award a single bidders
all three hubs
The bid will be adjudicated in terms of the Preferential Procurement Policy Framework Act No
5 of 2000.
2 Operational Parameters
2.1 Contract Requirements
2.1.1 Type of operation: Round Log / Timber transport – Total Supply chain solutions must be
provided by the same carrier.
2.1.2 Estimate contract period: 36 months
2.1.3 Type of product: Sawlogs (Proposed rates must be quoted in R/m³ for sawlogs)
2.2 Log Specifications:
2.2.1 Roundlog sawlogs - minimum of 2.4m length, maximum of 6.6m length at 300mm
intervals (lengths as indicated above exclude the required 10cm overcut)
2.3 Type of Harvesting Operations
2.3.1 The estimated ratio of Clear-felling: Thinning is approximately 70:30, but cannot be
guaranteed.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 40 of 73
2.4 The supply chain solution for KLF is divided into two contracts:
THERE MAY BE AN OVERLAP BETWEEN OPERATIONAL AREAS, AND KLF RESERVES THE
RIGHT TO ALLOCATE CAPACITY ACCORDING TO SPECIFIC APPLICATION NEEDS
THROUGHOUT THE DURATION OF THE CONTRACTS.
CONTRACT SOURCE DESTINATION
Contract A: Northern Operations
Louis Trichardt / Makhado, Thathe Vondo and Tzaneen areas
internal sawlog customer in surrounding areas
Contract B: Highveld Operations
Mpumalanga Highveld areas internal sawlog customer in surrounding areas
Estimated Volumes per Districts:
NB: Please note that the below volumes provide an estimated quantities and not
the actual.
2.5 Customers indicative volumes intake
2.5.1 Internal Customers including all volumes (Saw Logs ±180 000 m3 per annum)
2.5.2 Sawlogs customers open 10 hours, 5 days a week (After normal working hours will be per arrangement only)
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 41 of 73
2.5 Transport Modes
As and when services are required it must be quoted in R/m³ sawlogs.
2.5.1 Total Supply chain solutions are required – Modes will be separated the same as
Schedule 7 modes (Short-haul (SH), Direct-to-mill (DTM), Long-haul (LH) and
Handling).
2.5.1.1 Round log Short Haul (e.g. 0km – 5, 6 – 10, 11-15, 16 – 20km)
2.5.1.2 Round Log Long Haul (<_ 450km)
2.5.1.3 Round Log Direct to Mill (DTM) (<_ 90km)
2.5.1.4 Handling of Round Logs (E.g. Loading Offloading, Sorting and Transhipping.
2.5.2 Historically the transport modes consisted of approximately one third SH & LH and two
thirds DTM. This is only provided as an indication and can in no way be
guaranteed going forward.
Mode Projections for 2016/17
Districts / Hub DTM LH SH
North (HUB 1) 53% 47% 47%
Highveld (HUB 3) 59% 41% 41%
Mode Projections for 2016/16
Districts / Hub DTM LH SH
North ( HUB 1) 67% 33% 33%
Highveld ( HUB 3) 55% 45% 45%
2.6 Operating hours
2.6.1 KLF customers are open to receive logs 10hrs per day, 5 or 6 days a week (after normal
working hours per arrangement only).
2.7 Logistics and infrastructure support
2.7.1 Operators must be independent with their own fuel, infrastructure and material supply
requirements.
2.7.2 Accommodation (e.g. drivers plus fleet controllers) can be negotiated and arranged at
the time of allocation at a fee, offsite allocation is preferred.
2.7.3 On site infrastructure e.g. workshop area can be negotiated and arranged at the time of
allocation at a fee, offsite allocation is preferred.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 42 of 73
2.7.4 Operators are to be fully independent of OEM (Original Equipment Manufacturer) and
must provide all backup support for the operation
2.8 Invoicing
2.8.1 Invoicing shall be agreed upon between the relevant KLF forester (on plantation), the
relevant KLF logistics co-ordinator and the transport carrier.
2.8.2 Supporting documentation shall include the mill delivery document signed off by all
parties as well as electronic proof of deliveries (GPS records, time & date stamps etc.)
3 Specifications
3.1 Thirty Six (36) month contract
3.1.1 The Contract will include an uptime penalty system based on the volume target (per
supply chain involved) set and agreed between parties on a monthly basis.
A. AGREED UPTIME PER CUSTOMER ALLOCATION
Year 1 Year 2 Year 3
80% 80% 80%
B. UPTIME PENALTY
1. FORMULA
Rate per mode per distance applicable for the month x Actual uptime achieved
Applicable agreed uptime %
2. EXAMPLE
Assume:
Volume target agreed for ELB is 2000m3 for a specific month SH rate applicable 01-10km is R60/ m3
Volume delivered 1450.123 m3 Uptime achieved for ELB = 72.506%
SH R 60 x 0.72506 = 43.5036
80% 80%
= 54.3795
R54.38
Therefore the actual volume delivered for SH of 1450.123m3 will be paid at a rate of R54.38/m3 for ELB for the applicable month
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 43 of 73
3.2 Subcontracting
Subcontracting is permitted in order for service providers to offer a full service. However,
as Komatiland Forests is a subsidiary of a Schedule 2 public company (SAFCOL SOC LTD)
all contracts are subject to the Public Finance Management Act (PFMA) and Preferential
Procurement Policy Framework Act (PPPFA). The following is the condition relating to sub-
contracting which are bidders must adhere to:
Preferential Procurement Regulations (2017):
A tenderer must subcontract a minimum of 30% to-
an EME or QSE which is at least 51% owned by black people; an EME or QSE which is at least 51% owned by black people who are youth; an EME or QSE which is at least 51% owned by black people who are
women; an EME or QSE which is at least 51% owned by black people with
disabilities; an EME or QSE which is 51% owned by black people living in rural or
underdeveloped areas or townships; a cooperative which is at least 51% owned by black people; an EME or QSE which is at least 51% owned by black people who are
military veterans;
3.3 Equipment
3.3.1 Suggested configurations
3.3.1.1 Handling equipment (loading, depot handling and offloading)
Where applicable the use of Three Wheelers will be allowed. Note: As far as practically
possible KLF will support the use of self-loading equipment or independent loaders.
3.3.1.2 Short-haul
Forwarder or 6 x 4 Rigid with or without self-loading capabilities
3.3.1.3 Direct to Mill
6 x 4, 6 x 6, 8 x 4, 8 x 8 Rigid + 2 or 3 axle tag/pup trailer with or without self-loading
capabilities
3.3.1.4 Long-haul
Rigid and Drawbar and or Interlink 7 Axle configurations
3.3.2 Upon contract award all resources and equipment need to be available for production.
No start up time provisions will be made.
3.3.3 Inability to start on time will be a disqualifier.
3.4 Modifications
3.4.1 All units must conform to normal Certificate of Fitness (COF) and licence requirements.
3.4.2 Original equipment manufacturers:
3.4.3 Accredited dealer principles in close proximity of operating area are strongly
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 44 of 73
recommended.
3.4.4 All units needs to be fitted with routing and tracking devices (with access to KLF), unless
otherwise agreed.
3.4.5 AN ON BOARD WEIGHING SYSTEM MUST BE FITTED.
3.5 Administration requirements
3.5.1 The service provider must have his/her own delivery notes.
3.5.2 Daily trip summaries with a full recon of m³ or ton over distance (load cells) must be
made available to all supply chain stakeholders (e.g. KLF and customer).
3.5.3 Monthly carrier pro-forma and original invoices – the service provider must have the
tools to generate the original invoice on site at the day of the scheduled invoicing.
3.5.4 Every load must be accompanied by a delivery note where 4 parties can sign and receive
a copy (seller, carrier, handler, and buyer).
3.5.5 Proof and summary of delivery will be used for invoicing purposes.
3.5.6 Where applicable the carrier will take part and sign off on month end stocks.
3.6 Supply chain management requirements
3.6.1 A transport manager must be dedicated for the term per geographic area.
3.6.2 Fleet supervisor/s according to geographical and capacity needs.
3.6.3 Operators are expected to do their own routing and scheduling.
3.6.4 Operators are expected to do their own daily buffer management.
3.6.5 Dispatch functionality is strongly advised.
3.6.6 Monthly fleet summary of mill and infield times.
3.6.7 Each vehicle to be equipped with additional communication needs (Radio/cell phone per
truck)
4 KLF-specific conditions of contract
4.1 KLF standards and procedures and legislative compliance
4.1.1 All contracts will include a contractors code of conduct that encompasses all the policies
and procedures that needs to be adhered to at all times.
4.1.2 All vehicles must comply with the National Road Freight Traffic Act.
4.1.3 Gearing to comply with the soon to be implemented Administrative Adjudication of Road
Traffic Offenses (AARTO) will be evaluated as part of the technical evaluation.
4.1.4 Freight insurance per load is compulsory and for the account of the contractor.
4.1.5 Procedure required for accidents and loss of loads – Transport contractors are billed for
non-arrivals, short deliveries and damage to product.
4.2 Environmental Practices
4.2.1 Relevant environmental practices, in terms of KLF policies for specific operations must
be obtained from the KLF management and must be adhered to.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 5: Scope of Work & Technical Specification
Page 45 of 73
4.2.2 Impact of activities on the environment will be monitored continuously and corrective
action requirements specified where necessary in respect of contract works. Service
Providers are also expected to report any negative impact and adhere to sound
environmental practices in general.
4.2.3 The Service Providers employees must be trained in general and specifically applicable
environmental standards.
4.3 Sound Labour Practices
4.3.1 Fair wages
4.3.2 Minimum wages in terms of statutory determinations and / or company prescriptions
must be adhered to.
4.3.3 Minimum employment standards as prescribed in the Basic Conditions of Employment
Act must be adhered to.
4.3.4 Timekeeping and wage records should be kept and be available for audit purposes as
prescribed in the Basic Conditions of Employment Act.
4.3.5 Legally compliant Contracts of Employment should be entered into with all employees.
4.3.6 Calculation of wages must be fair and in terms of individual Contracts of Employment.
4.3.7 Sub-contracting with the aim of avoiding legally acceptable employment standards and
KLF requirements will not be allowed.
4.3.8 Productivity norms should be fair in comparison to Logistics Industry norms.
4.4 Safe and acceptable working conditions
4.4.1 Safety prescriptions at the specific operation must be adhered to. Copies of safety
standards must be obtained from local management.
4.4.2 Safety standards must be maintained.
4.5 Training
4.5.1 Operators and employees involved in hazardous operations are required to have had
appropriate training prior to operational commencement.
4.5.2 Employees involved in the application of hazardous substances must be specifically
trained and informed about the risks and dangers involved.
4.5.3 Driver operators must be in possession of valid driver’s licenses and/or PRP’s if
applicable.
4.5.4 Personnel must be trained as per minimum industry norms.
Tender Documentation: Inbound log Transport – RFB013-2017
Evaluation Schedules for Completion: Evaluation Schedule I: Bidder Profile
Page 46 of 73
Evaluation Schedules for Completion
Evaluation Schedule I: Bidder Profile
1. Structure and credentials of the company / consortium members etc.
2. Partnership agreements / contracts
3. Bidder Operating Organisation – Provide an overview of the operating structure and geographical
locations of the firm at the national, regional, and local levels.
4. Standards – Include information regarding your firm’s utilisation of widely known Industry
Standards and guidelines, as they apply to your firm, your firm’s proposal and proposed hardware
assets.
5. Company Contact(s) – Provide the name, title, street address, city, state, telephone and fax
numbers and e-mail of the primary company’s contact person, and for any sub-Contractors.
The scoring of the tenderer’s profile will be as follows:
Poor score 40%
Company structure not stable or accessible or the financial standing of the company is not sufficient for a contract of this nature.
Satisfactory score 70%
Company structure relatively stable and accessible and the financial standing of the company is fairly suitable for a contract of this nature.
Good score 90%
Company structure is stable and accessible and the financial standing of the company is sufficient for a contract of this nature.
Very good score 100%
Company structure is very stable and accessible and the financial standing of the company is more than sufficient for a contract of this nature.
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise,
confirms that the contents of this schedule are within my personal knowledge and are to the best of
my belief both true and correct.
Signed Date
Name Position
Tenderer
Tender Documentation: Inbound log Transport – RFB013-2017
Evaluation Schedules for Completion: Evaluation Schedule II: Proposed Organisation and Staffing
Page 47 of 73
Evaluation Schedule II: Proposed Organisation and Staffing
1. The tenderer should propose the structure and composition of their team i.e. the main disciplines
involved, the key staff members. The roles and responsibilities of each key staff member
assigned to the project should be set out as job descriptions. In the case of an association /
joint venture / consortium, it should, indicate how the duties and responsibilities are to be shared.
2. The experience and training or qualifications of each staff member must be detailed.
3. Detail the support structure proposed for the project.
4. The proposal should cover how existing or new employees will be trained before commencing
work. The strategy to deal with absenteeism must also be detailed. The proposals should
include, but not refer to accommodation, transport, allowances, PPE etc.
5. Tenders are to complete the schedule Qualifications of Owner or Designated Member or
Key Personnel on page 48 below.
The scoring of the proposed organisation and staffing will be as follows:
Poor score 40%
The organisational chart is sketchy, the staffing plan is weak in important areas
There is no clarity in transport, accommodation, allowances etc.
Satisfactory score 70%
The organisational chart is complete and detailed, the technical level and composition of the transport, accommodation, allowances etc. are adequate.
Good score 90%
Besides meeting the “satisfactory” rating, staff are well balanced i.e. they show good co-ordination, complimentary skills, clear and defined duties and responsibilities, and the transport, accommodation, allowances etc.
Some members of the project team have worked together before on limited occasions.
Very good score 100%
Besides meeting the “good” rating, the proposed team is well planned and transport, accommodation, allowances etc. are properly provided for.
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise,
confirms that the contents of this schedule are within my personal knowledge and are to the best of
my belief both true and correct.
Signed Date
Name Position
Tenderer
Tender Documentation: Inbound log Transport – RFB013-2017
Evaluation Schedules for Completion: Evaluation Schedule II: Proposed Organisation and Staffing
Page 48 of 73
Qualifications of Owner or Designated Member or Key Personnel
CURRICULUM VITAE
1. Position in the Company:
2. Family Name:
3. First Names:
4. Date and Place of Birth:
5. Nationality:
6. Education:
Institution
Date: (month/year) completed
Degree(s) or Diploma(s) obtained and Major Subjects passed:
7. Language Skills [mark 1 (poor) to 5 (excellent) for competence]
Language Reading Speaking Writing
8. Other Skills: (e.g. computer literacy, etc.):
9. Present position in firm or company:
10. Years of relevant experience:
11. Years within the firm:
12. Membership of professional bodies:
13. Reference:
Please name three references (with complete addresses) who are in a position to provide information
on your career.
“I CERTIFY THAT ALL INFORMATION STATED IN THIS CURRICULUM VITAE (CV) IS TRUE
AND COMPLETE TO THE BEST OF MY KNOWLEDGE. I AUTHORISE KLF TO VERIFY THE
INFORMATION PROVIDED HEREIN”
SIGNATURE OF APPLICANT (duly authorised)
DATE
Tender Documentation: Inbound log Transport – RFB013-2017
Evaluation Schedules for Completion: Evaluation Schedule III: Bidder’s Experience
Page 49 of 73
Evaluation Schedule III: Bidder’s Experience
1. The experience of the bidder or joint venture partners in the case of an unincorporated joint
venture or consortium as opposed to the key staff members / experts in similar projects or similar
areas and conditions in relation to the scope of work over the last five years will be evaluated.
2. A minimum of 5 years freight transport experience is essential
3. The details of experience with traceable references and size of contracts can be documented in
Schedule of Relevant Experience
4. Experience in timber transport would be advantageous.
5. List current product lines that the tenderer has experience in transporting.
6. List current contractual obligations.
The tenderer must complete Schedule of relevant experience on page 50 below in order to be
assessed for technical ability.
The scoring of the tenderer’s experience will be as follows:
Poor score 40%
Bidder has limited experience
Satisfactory score 70%
Bidder has relevant experience but has not dealt with the critical issues specific to the contract.
Good score 90%
Bidder has extensive experience in relation to the contract and has worked previously under similar conditions and circumstances.
Very good score 100%
Bidder has outstanding experience in contracts of a similar nature.
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise,
confirms that the contents of this schedule are within my personal knowledge and are to the best of
my belief both true and correct.
Signed Date
Name Position
Tenderer
Tender Documentation: Inbound log Transport – RFB013-2017
Evaluation Schedules for Completion: Evaluation Schedule III: Bidder’s Experience
Page 50 of 73
Schedule of relevant experience
The Service Provider shall list below those Works of a similar nature as the Timber Transport
activities listed in Scope of Work and Technical specifications that he has successfully completed
during the past 5 years. Present commitments and their due dates for completion shall also be
listed.
CLIENT/BENIFICIARY (Name, Telephone &
Fax No)
PROJECT LOCATION
DESCRIPTION OF WORKS
CONTRACT VALUE
NAME OF REFERENCE
CONTACT DETAILS OF REFERENCE
PRESENT COMMITMENTS:
1.
2.
3.
SIGNATURE OF APPLICANT (duly authorised)
DATE
Tender Documentation: Inbound log Transport – RFB013-2017
Evaluation Schedules for Completion: Evaluation Schedule IV: Vehicles and Equipment
Page 51 of 73
Evaluation Schedule IV: Vehicles and Equipment
The Service Provider must state below the major items of vehicles and machinery that is owned by
the Service Provider and that will be available. (Submit proof of ownership)
If the tenderer intends purchasing new vehicles, the proposed vehicles to be used must be listed.
MAKE AND DESCRIPTION YEAR OF MANUFACTURE
MILEAGE OWNERSHIP STATUS
Signed Date
Name Position
Tenderer
Tender Documentation: Inbound log Transport – RFB013-2017
Evaluation Schedules for Completion: Evaluation Schedule V: Skills Development
Page 52 of 73
Evaluation Schedule V: Skills Development
1. Demonstrate formal training programmes related to logistics of staff who will be working on the
project – Provide proposed training schedule.
2. List internship programmes which will be implemented as a result of getting this contract
3. List learnership programmes and provide learnership contracts.
The scoring of the tenderer’s Skills Development will be as follows:
Poor score 40%
Bidder is involved in limited Skills Development.
Satisfactory score 70%
Bidder has embarked on relevant Skills Development programmes.
Good score 90%
Bidder has embarked on extensive Skills Development programmes.
Very good score 100%
Bidder has embarked on outstanding Skills Development programmes.
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise,
confirms that the contents of this schedule are within my personal knowledge and are to the best of
my belief both true and correct.
Signed Date
Name Position
Tenderer
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 53 of 73
Evaluation Schedule VI: Enterprise/Supplier Development / Mentorship
1. The Supplier needs to, from a database which will be provided by SAFCOL upon awarding of the
work, commit to develop and empower black owned SMMEs (ED) in skills related to inbound log
transportation, mentorships programmes and further needs to show how they were able to
include the ED beneficiaries in their value chain (SD)
2. List Enterprise /Supplier Development/Mentorship projects to be undertaken during the contract
period – provide details of proposed date of engagement, value and number of beneficiaries.
3. List the names of companies that are currently involved in the bidder’s Enterprise Development/
Mentorship programmes for reference.
4. Provide memorandum’s of understanding with clear milestones between the Supplier and the
selected (as per subsection 1 of Evaluation Schedule VI) Enterprise/Supplier Development
beneficiaries.
The scoring of the tenderer’s Enterprise Development/ Mentorship will be as follows:
Poor score 40%
Bidder has engaged in limited Enterprise Development/ Mentorship programmes.
Satisfactory score 70%
Bidder has engaged in relevant Enterprise Development/ Mentorship programmes.
Good score 90%
Bidder has engaged in extensive Enterprise Development/ Mentorship programmes.
Very good score 100%
Bidder has engaged in outstanding Enterprise Development/ Mentorship programmes.
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise,
confirms that the contents of this schedule are within my personal knowledge and are to the best of
my belief both true and correct.
Signed Date
Name Position
Tenderer
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 54 of 73
Schedule 6: Pricing Schedule and Rate Sheet (Submit this Schedule in a Separate envelope)
The Bid pricing cannot be submitted as single price as the value is determined by the proportion of
volume (m³) / weight (tons) transported over various distances. Therefore bids submitted should
include a fully completed pricing schedule (below) for the applicable contract(s) for consideration.
During the evaluation of all bids submitted, KLF will consistently apply an estimated proportion of
volume / weight over distance per region (hub) to each tender Rate Sheet. This will determine the
estimated tender value and will be utilised in the pricing evaluation of the tender as referred to in
12.2 Step 3 – Pricing (Weighting – 90%) on page above.
NOTES:
All prices must be VAT exclusive and must be quoted in South African Rand (ZAR)
Where there are foreign components, it is the responsibility of the Bidder to cover their foreign
exchange exposure on such items.
The tender price (for scoring as per section 12.3) / contract value will be calculated
based on forecast volumes per distance bracket. These volumes are not included in the
tender to avoid misconceptions and potentially skewed pricing.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 55 of 73
Price Declaration Form
Having read through and examined the Tender Document, Tender no RFB 013-2017, the General
Conditions of Tender, the Technical Requirements and all other Schedules to the Tender Document,
we offer services according to the conditions and requirements as detailed in the RFB as indicated
in Schedule 5: Scope of Work & Technical Specification.
We undertake to hold this offer open for acceptance for a period of 120 days from the date of
submission of offers. We further undertake that upon final acceptance of our offer and conclusion
of the contract, we will commence with service delivery when required to do so by
SAFCOL/Komatiland Forests.
We understand that KLF are not bound to accept the lowest or any offer and that we must bear all
costs which we have incurred in connection with preparing and submitting this tender.
We understand that by participating in this tender process no rights are conferred to us.
We hereby undertake for the period during which this tender remains open for acceptance not to
divulge to any persons, other than the persons to whom the tender is submitted, any information
relating to the submission of this tender or the details therein except where such is necessary for
the submission of this tender.
SIGNATURE OF APPLICANT (duly authorised)
DATE
CAPACITY UNDER WHICH THIS Bid IS SIGNED
NAME OF Bid
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 56 of 73
Pricing Schedule A: Rate Sheet for Contract A (North) EXCLUDE LOADING (AR, AD) AND
OFFLOADING (AD) (ALL RATES EXCLUDE VAT)
Bidders that do not provide rates for each lead distance brackets and for each product below (i.e.
complete every required block in the below table) WILL BE DISQUALIFIED
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 57 of 73
**Fixed rate (annual negotiation) with no monthly fuel adjustments
A. HUB 1 RATE SCHEDULE
Mode* Pine (m3)
Base Date: 01 May 2017 Handling
Effective Date: ……………………………….. SH
End Date: ………………………… DTM
R/liter 12.3623R O8C LH
AVERAGE FOR THE INTERIM CONTRACT PERIOD : ESTIMATE DELIVERED VOLUME 130, 000
CUSTOMERS SPECIE PRODUCT
Internal Pine Sawlogs
HANDLING (HDLG) Pine R/m3
Loading*
Offloading*
Depot Handling*
Sorting*
Trans-shipping*
*FIXED RATE FOR THE CONTRACT PERIOD
SHORTHAUL (SH) - EXCLUDE LOADING, OFFLOADING, DEPOT HANDLING AND SORTING
Lead (km) Pine R/m3
0-5
6-10
11-15
16-20
DIRECT TO MILL (DTM) - EXCLUDE LOADING
Lead (km) Pine R/m3
0-10
11-20
21-30
31-40
41-50
51-60
61-70
71-80
81-90
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 58 of 73
Notes
All transport rates exclude handling (e.g. Offloading AM, Sorting, Trans-shipping)
All rates exclude VAT The rates provided on these rates pages will be applied to a pre-determined
matrix of assumed volume per product over distance to calculate an estimated tender and contract
price. This price will be utilised as the tender price in comparing bids between bidders as per
section 12.2 above.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 59 of 73
HUB_1 LONGHAUL NO BACKHAUL (LH_NBH) - EXCLUDE LOADING AND OFFLOADING
Lead (km) Pine R/m3
0-10
10-20
21-30
31-40
41-50
51-60
61-70
71-80
81-90
91-100
101-110
111-120
121-130
131-140
141-150
151-160
161-170
171-180
181-190
191-200
201-210
211-220
221-230
231-240
241-250
251-260
261-270
271-280
281-290
291-300
301-310
311-320
321-330
331-340
341-350
351-360
361-370
371-380
381-390
391-400
401-410
411-420
421-430
431-440
441-450
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 60 of 73
CONTRACT B (Highveld) TRANSPORT MODE – EXCLUDE LOADING (AR, AD) AND OFFLOADING (AD) (ALL RATES EXCLUDE VAT)
Bidders that do not provide rates for each lead distance bracket and each product below (i.e.
complete every required block in the table below) WILL BE DISQUALIFIED.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 61 of 73
**Fixed rate (annual negotiation) with no monthly fuel adjustments
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 62 of 73
Notes
All transport rates exclude handling (e.g. Offloading AM, Sorting, Trans-shipping)
All rates exclude VAT. The rates provided on these rates pages will be applied to a pre-determined
matrix of assumed volume per product over distance to calculate an estimated tender and contract
price. This price will be utilised as the tender price in comparing bids between bidders as per section
12.2 above.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 63 of 73
HUB_3 LONGHAUL NO BACKHAUL (LH_NBH) - EXCLUDE LOADING AND OFFLOADING
Lead (km) Pine R/m3
0-10
10-20
21-30
31-40
41-50
51-60
61-70
71-80
81-90
91-100
101-110
111-120
121-130
131-140
141-150
151-160
161-170
171-180
181-190
191-200
201-210
211-220
221-230
231-240
241-250
251-260
261-270
271-280
281-290
291-300
301-310
311-320
321-330
331-340
341-350
351-360
361-370
371-380
381-390
391-400
401-410
411-420
421-430
431-440
441-450
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 7: Mandatory Documents
Page 64 of 73
Schedule 7: Mandatory Documents
1. Attach proof of registration with the Central Supplier Database.
2. Attach Company Registration Certificate.
3. Original Tax Clearance Certificate (no scanned copies shall be accepted).
4. Completion of General Conditions of Tender document (refer to section 11 above)
5. All vehicles must comply with the National Road Freight Traffic Act – copies of vehicle registration
certificates listed in Evaluation Schedule IV: Vehicles and Equipment on page 51 must be
provided.
Applications received without the information required above will be disqualified.
In addition, SAFCOL requests the following additional information for financial and reporting
purposes:
6. VAT registration certificate.
7. Shareholders as follows must be disclosed on a company letterhead
a. Shareholders younger than 35 years of age
b. Shareholders with disabilities
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 8: Anti Bribery and Corruption8: Anti Bribery and Corruption
Page 65 of 73
Schedule 8: Anti Bribery and Corruption
1 The Supplier/Service Provider1 agrees that in connection with this Agreement , it will
comply with all anti-bribery and corruption and anti-money laundering laws, rules, regulations
or equivalents applicable to SAFCOL and all its subsidiaries including, but not limited to, Bribery
Act 2010 of the United Kingdom, Foreign Corrupt Practices Act 1977 of the United States of
America, the OECD Convention on Combating Bribery of Foreign Public Officials in International
Business Transactions and equivalent laws in South Africa including the Prevention of
Organised Crime Act 121 of 1998, Public Finance Management Act 1 of 1999 as well as
Treasury Regulations, Broad-Based Black Economic Empowerment Act 53 of 2003, Preferential
Procurement Policy Framework Act 5 of 2000, Prevention and Combating of Corrupt Activities
Act 12 of 2004, Companies Act 71 of 2008, Income Tax Act 58 of 1962 and the Financial
Intelligence Centre Act 38 of 2001 (“Anti-Corruption Laws”).
2 The Supplier/Service Provider acknowledges that SAFCOL and its subsidiaries have a zero
tolerance policy towards bribery and corruption. The Supplier/Service Provider confirms
and agrees that it and its directors, members, officers, employees and service providers
(including but not limited to its subcontractors, agents and other intermediaries) will not, offer,
give, promise to give or authorise the giving to any person whosoever (including but not limited
to private individuals, commercial organisations, director and employee of SAFCOL as well as
its subsidiaries, Public Officials or any political party, official of a political party, or candidate
for public office) (“Person”)), or solicit, accept or agree to accept from any Person, either
directly or indirectly, anything of value including, without limitation, gifts or entertainment or
Facilitation Payments, in order to obtain, influence, induce or reward any improper advantage
in connection with this Agreement or any other business transactions involving SAFCOL and
its subsidiaries (the “Anti-Corruption Obligation”).
3 Subject to any relevant data privacy or protection law, the Supplier/Service Provider shall
immediately report to SAFCOL and its subsidiaries:
3.1 any request or demand received by the Supplier/Service Provider, or any other service
provider subcontracted by the Supplier/Service Provider that could amount to a breach of
the Anti-Corruption Laws or Anti-Corruption Obligation; or
3.2 any allegations, proceedings or investigations relating to bribery, corruption or money
laundering against the Supplier/Service Provider, its directors, officers, employees or
its subcontractors engaged in connection with this Agreement.
4 The Supplier/Service Provider shall provide SAFCOL and its subsidiaries with such further
assurances or certificates that SAFCOL and its subsidiaries may request from time to time and
certify annually to SAFCOL and its subsidiaries, in writing signed by an officer of the
Supplier/Service Provider, that it and its directors, members, officers, employees and
service providers in connection with this Agreement have at all times during the relevant
preceding period complied with the Anti-Corruption Laws and Anti-Corruption Obligation. The
Supplier/Service Provider shall provide such supporting evidence of compliance as SAFCOL
1 Any party to the Agreement with SAFCOL and its subsidiaries
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 8: Anti Bribery and Corruption8: Anti Bribery and Corruption
Page 66 of 73
and its subsidiaries may reasonably request.
5 The Supplier/Service Provider shall:
5.1 maintain at its normal place of business, throughout the term of this Agreement and for at
least 6 [six] years following its expiration or termination, detailed books, records and
accounts which accurately and fairly reflect all transactions and payments made in
connection with this Agreement;
5.2 maintain an internal accounting controls system that is sufficient to ensure proper
authorisation, recording and reporting of all transactions and payments made by SAFCOL
and its subsidiaries and is sufficient to ensure, and enable SAFCOL and its subsidiaries to
verify, the Supplier/Service Provider’s compliance with Anti-Corruption Laws and the
Anti-Corruption Obligation;
5.3 have in place, maintain and enforce its own policies and procedures which are designed to
ensure, and which are reasonably expected to continue to ensure, compliance with Anti-
Corruption Laws and the Anti-Corruption Obligation; and
5.4 co-operate with SAFCOL and its subsidiaries where the latter requests that the
Supplier/Service Provider receives SAFCOL and its subsidiaries’ anti-bribery and
corruption training, usually at either SAFCOL’s offices or at Supplier/Service Provider
place of business, including prior to the commencement of any work or actions related to
the Agreement.
6 The Supplier/Service Provider has read and understood SAFCOL and its subsidiaries’ group
anti-fraud and corruption policy and enterprise risk management plan (as displayed at
http://www.safcol.co.za/ (as may be amended from time to time) (“SAFCOL Code”) and agrees
to comply with the principles contained in the SAFCOL Code in connection with this Agreement
and any other business transactions involving SAFCOL and its subsidiaries on one hand and
the Supplier/Service Provider’s representatives on the other to access, inspect and make copies
of books, records and accounts held at the Supplier/Service Provider’s premises in order
to audit the Supplier/Service Provider’s compliance with Anti-Corruption Laws and/or the Anti-
Corruption Obligation. In addition, the Supplier/Service Provider shall cooperate and provide
all reasonable assistance, including making its books, records, accounts and personnel
available, to enable SAFCOL and its subsidiaries to investigate any actual or potential breach
of, or perform any activity required by any relevant government or agency in connection with
ensuring or verifying the Supplier/Service Provider’s compliance with, Anti-Corruption
Laws and/or the Anti-Corruption Obligation. The rights set out in this clause shall continue for
6 [six] years after termination or expiration of this Agreement.
7 SAFCOL and its subsidiaries shall have the right to suspend all further services and payments
under and/or terminate this Agreement, in whole or in part with immediate effect,:
7.1 if SAFCOL and its subsidiaries reasonably believes in good faith that the Supplier/Service
Provider has failed to comply with or breached in any material respect any of the
requirements set out in this Schedule; or
7.2 where the Supplier/Service Provider or its shareholders, owners, or affiliates become
designated as a Blacklisted Party.
8 If SAFCOL and its subsidiaries suspends and/or terminates this Agreement for breach of this
Schedule, the Supplier/Service Provider shall not be entitled to claim compensation or any
further remuneration, regardless of any activities or agreements with additional third parties
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 8: Anti Bribery and Corruption8: Anti Bribery and Corruption
Page 67 of 73
entered into before termination.
9 The Supplier/Service Provider represents and warrants that except as otherwise disclosed
in writing to SAFCOL and its subsidiaries, as at the date of execution of this Agreement and
throughout the term of this Agreement:
9.1 none of its directors, members, officers, employees or other service providers in connection
with this Agreement is a Public Official; and
9.2 no Public Official will have a direct or indirect interest in this Agreement, the
Supplier/Service Provider or other subcontractor in connection with this Agreement or
have any legal or beneficial interest in any payments made by SAFCOL and its subsidiaries
under this Agreement; and
9.3 it will promptly notify SAFCOL and its subsidiaries in writing of any change in the foregoing.
10 The Supplier/Service Provider represents and warrants that except as otherwise disclosed
in writing to SAFCOL and its subsidiaries, neither it nor its directors, members, officers, or key
employees in connection with this Agreement have in the last ten years:
10.1 been convicted of any offence involving bribery, corruption or money laundering; or
10.2 been or are the subject of any investigation, inquiry or enforcement proceedings by any
governmental, administrative or regulatory body regarding any offence or alleged offence
involving bribery, corruption or money laundering.
11 The Supplier/Service Provider warrants that in connection with this Agreement it shall
ensure with respect to any subcontractor, including but not limited to any sub-agent,
representative or other service provider it may engage to act on SAFCOL and its subsidiaries’
behalf, that:
11.1 it will conduct appropriate due diligence prior to appointing or engaging such subcontractor
to ensure that they are duly qualified to perform the tasks for which they will be engaged
and that they are of good reputation; and
11.2 it will impose and secure from the subcontractor, in writing,:
11.2.1 compliance with Anti-Corruption Laws and the Anti-Corruption Obligation or a similar
obligation;
11.2.2 audit and inspection provisions substantially equivalent to those imposed on and secured
from the Supplier/Service Provider in this Schedule such that both SAFCOL with its
subsidiaries and Supplier/Service Provider shall each have the same rights with respect
to any subcontractor (including without limitation the same rights of access to premises,
books, records and accounts and personnel of that subcontractor in respect of inspection
and audit) that SAFCOL and its subsidiaries have with respect to the Supplier/Service
Provider under this Agreement;
11.2.3 provisions allowing immediate suspension and/or termination of the subcontract if the
subcontractor fails to comply with Anti-Corruption Laws or breaches the Anti-Corruption
Obligation or similar obligation and a provision for automatic termination of the
subcontract in the event of, and at the same time as, the termination of this Agreement;
and
11.3 it shall promptly notify Castrol of any suspected breach of the Anti-Corruption Obligation by
the subcontractor.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 8: Anti Bribery and Corruption8: Anti Bribery and Corruption
Page 68 of 73
12 Payments by SAFCOL and its subsidiaries to the Supplier/Service Provider shall only be
made by cheque or wire transfer to a bank account in Republic of South Africa, details of which
shall be given by the Supplier/Service Provider to SAFCOL and its subsidiaries in writing.
Such notification shall be deemed to constitute a representation and warranty that the bank
account so notified is owned solely by the Supplier/Service Provider and that no person
other than Supplier/Service Provider has any ownership of or interest in such account.
13 The Supplier/Service Provider shall:–
13.1 make available to SAFCOL and its subsidiaries from time to time its current –
13.1.1 Broad Based Black Economic Empowerment Policies; and
13.1.2 ratings in respect of Broad Based Black Economic Empowerment Policies, as certified
from time to time; and
13.2 at all times use its best endeavours to procure the advancement of Black Empowerment
generally and in particular by reference to its own personnel and its suppliers; and
13.3 comply to the full extent reasonably possible with the B-BBEE policies adopted by SAFCOL
and its subsidiaries from time to time and for the time being; and
13.4 proactively engage with SAFCOL and its subsidiaries at intervals of no less than 6 (six)
months to review all aspects of the Supplier/Service Provider B-BBEE initiatives as will
have applied hitherto, with particular reference to secondment of previously disadvantaged
individuals and training of such previously disadvantaged individuals.
14 DEFINITIONS
14.1 “Agreement” means the agreement as entered into by SAFCOL and its subsidiaries as well
as the Supplier/Service Provider.
14.2 “Public Official” shall include:
14.2.1 any minister, civil servant, director, officer or employee or other official of any
government or any department, agency or body, and/or of any government-owned or
controlled company, any company or enterprise in which a government owns an interest
of more than thirty percent, and/or of any public international organization;
14.2.2 any person acting in any official, legislative, administrative or judicial capacity for or on
behalf of any government department, agency, body, or public international
organization, including without limitation any judges or other court officials, military
personnel and customs, police, national security or other law enforcement personnel;
and
14.2.3 any close family member of any of the foregoing. For avoidance of doubt, the term
"Public Official" shall include all directors, members, officers and employees of SAFCOL
and its subsidiaries.
14.3 “Facilitation Payments” shall include infrequent payments made to a Public Official to
facilitate routine, non-discretionary governmental actions that:
14.3.1 the Public Official ordinarily performs; and
14.3.2 SAFCOL and its subsidiaries are entitled to under:
14.3.2.1 the contract of employment with that Public Official, or 14.3.2.2 the laws of the relevant country.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 8: Anti Bribery and Corruption8: Anti Bribery and Corruption
Page 69 of 73
14.4 “Blacklisted Party” means any person who is identified from time to time by any
government or legal authority under applicable trade sanctions, export controls, anti-money
laundering, non-proliferation, anti-terrorism and similar laws as a person with whom trade
or financial dealings and transactions by SAFCOL and/or its affiliates are prohibited or
restricted.
14.5 “Parties” means parties in terms of the Agreement.
15 LEGAL STATUS OF THIS SCHEDULE
15.1 This Schedule constitutes an integral part of the Agreement entered into between the
Parties relating to the subject matter hereof and no variation or addition hereto or
consensual cancellation hereof shall be of any force or effect unless reduced to writing and
signed by both Parties.
15.2 No indulgence granted by either party in regard to the carrying out of any of the other
party's obligations in terms of this Schedule shall prejudice or constitute a waiver of any of
the first-mentioned party's rights in terms of this Schedule (unless expressed as such in a
written document signed by the party granting the indulgence) nor shall it serve to estop
the such party from strictly enforcing its rights in the event of a subsequent breach thereof.
16 GOVERNING LAW AND JURISDICTION
16.1 This Agreement shall be governed by and construed and enforced in accordance with the
laws of the Republic of South Africa and the Parties expressly submit to the jurisdiction of
the South African Courts, notwithstanding that any of the services or supplies may be
carried inside or outside the Republic.
16.2 The Parties hereby consent to the jurisdiction of the Magistrate's Court in relation to any
matter arising out of this Agreement or any cancellation thereof.
16.3 Notwithstanding the provisions of 16.2, either party shall be entitled to institute proceedings
in any High Court having jurisdiction.
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 9: Ethical Commitment
Page 70 of 73
Schedule 9: Ethical Commitment
We (name of entity) undertake to comply with the
highest ethical principles during the price quotation process and in all interaction with Komatiland
Forests. We will not offer or attempt to influence or make payments or gifts (monetary or otherwise)
to anyone for the purpose of wrongfully influencing decisions in favour of
____________ (name of entity), directly or
indirectly.
We are aware of the official communication channels for the purposes of this price quotation process,
and understand that no representation by any person outside of this process can be construed as
representing or binding Komatiland Forests in any way.
SIGNATURE OF APPLICANT (duly authorised)
DATE
CAPACITY UNDER WHICH THIS TENDER IS SIGNED
NAME OF TENDERER
Tender Documentation: Inbound log Transport – RFB013-2017
Schedule 10: Authority to Sign
Page 71 of 73
Schedule 10: Authority to Sign
I, (name) , hereby confirm that I
am duly authorised to sign the qualification application pack for and on behalf of (company name)
Capacity and particulars of the authority under which this tender is signed (e.g. a copy
of a Board resolution authorising the person to sign on behalf of the Company)
Name of Applicant (Company)
Signature of authorised person:
Date
Telephone number of authorised
person
Tender Documentation: Inbound log Transport – RFB013-2017
Komatiland Forests (Pty) Limited – General Operating Conditions
Page 72 of 73
Komatiland Forests (Pty) Limited – General Operating Conditions
1. VEHICLES AND EQUIPMENT
1.1. No vehicle or equipment that leaks fuel or oil or other fluids may be used on KLF property.
1.2. No major repairs will be allowed on KLF property except with specific written approval from
the KLF Site Manager.
1.3. Vehicles or equipment will be subject to inspection and approval by KLF.
1.4. The contractor shall provide and maintain its own equipment, unless otherwise agreed in
terms of a written contract.
1.5. Vehicles or equipment will be left on KLF property at own risk.
1.6. Only roadworthy and fully licensed vehicles may be used on KLF property, and only licensed /
competent drivers will be allowed to operate the vehicles/equipment.
2. USE OF ROADS
2.1. Only vehicles suitable for specific road conditions will be allowed as approved by the KLF Site
Manager.
2.2. All plantation roads will be considered closed after more than 25-mm rain within a 24-hour
period and may only be used before the end of the next 24-hour period with permission from
the Plantation Manager.
2.3. Vehicles must drive on KLF property with lights on at all times.
2.4. Transport and heavy vehicles will only be allowed on demarcated roads.
2.5. All roads must be kept open at all times.
2.6. Any restrictions as laid down by the KLF Site Manager regarding speed limits, turning points
and parking etc., must be adhered to.
3. FIRES AND SMOKING RESTRICTIONS
3.1. No open fires are to be made under any circumstances.
3.2. Smoking will only be allowed in designated safety areas and may be prohibited during
periods of extreme fire danger.
3.3. Special precautions must be implemented to safeguard smoking areas. Fire extinguishers or
water should be available.
3.4. Prescribed fire protection must be available and in working order at operations involving
usage of machines, chainsaws etc.
3.5. Storage and usage of flammable liquids and material, which may cause fires, will only be
allowed in terms of conditions prescribed by the KLF Site Manager.
4. SAFETY
4.1. Applicable warning signs, must be erected / displayed at all operations.
4.2. Proper communication should be available for reporting of accidents. No team or individual
should be isolated to the extent that timeous assistance cannot be called for.
Tender Documentation: Inbound log Transport – RFB013-2017
Komatiland Forests (Pty) Limited – General Operating Conditions
Page 73 of 73
4.3. Prescribed first aid equipment should be available at all activities.
4.4. Injuries and incidents to be reported at the regular project meetings.
4.5. Serious accidents and fatalities to be reported to the KLF Project Manager within 4 hours.
5. DAMAGE TO PROPERTY
5.1. The contractor will be held liable for damage to growing stock, property and assets of KLF,
caused by his activities, lighting of fires or carelessness, or neglect of his employees in
general.
5.2. Accidental or other damage to be reported as soon as possible after it occurs.
6. ENVIRONMENTAL MANAGEMENT PRACTICES
6.1. Special management, conservation or no-go areas may not be damaged or degraded in any
way.
6.2. Collection of plants, plant products, wild flowers, game etc., (Fauna and Flora) is prohibited.
6.3. Contractors must adhere to sound environmental practices and report any negative impacts
identified in the conduct of operations.
6.4. All refuse, empty containers etc., at work place must be removed at contractors own cost.
6.5. Preventative measures against soil pollution must be implemented and actual cases of
pollution reported to the KLF Project Manager.
7. TOOLS AND EQUIPMENT
7.1. Tools and equipment must be maintained in a proper condition to ensure effective usage and
not to pose a safety hazard to people or property.
8. SUPERVISION
8.1. Employees may not be allowed to work without adequate and competent supervision.
8.2. Contractors will be held responsible and accountable for the conduct and negligence of sub-
contractors/service providers working under their direction.